DATA PACK ASSEMBLY

SOL #: N0010425QJA27Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Bare Printed Circuit Board Manufacturing (334412)

PSC

Electrical And Electronic Assemblies; Boards, Cards, And Associated Hardware (5998)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 29, 2024
2
Last Updated
Oct 21, 2025
3
Submission Deadline
Nov 3, 2026, 8:30 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Navy, NAVSUP WEAPON SYSTEMS SUPPORT MECH, is soliciting quotes for the repair of DATA PACK ASSEMBLY units. This Request for Quote (RFQ) is a Total Small Business Set-Aside and will result in a bilateral award. The offer due date has been extended to November 3, 2026.

Scope of Work

This opportunity covers the repair and quality assurance requirements for the DATA PACK ASSEMBLY (Cage Codes: 54547, 1GX03, 5MQW9 for Reference Number 131020-1). Key requirements include:

  • Performing repairs in accordance with contractor's standard practices, manuals, and directives.
  • Meeting a required Repair Turnaround Time (RTAT) of 276 days from asset return to acceptance.
  • Government Source Inspection (GSI) is required.
  • Marking items in accordance with MIL-STD-130, REV N.
  • Adhering to MIL-STD 2073 for packaging.
  • Contractor is responsible for all inspection and testing per original manufacturer's specifications.

Contract & Timeline

  • Type: Request for Quote (RFQ) for repair, leading to a bilateral Firm-Fixed-Price award.
  • Set-Aside: Total Small Business.
  • Response Due: November 3, 2026, 8:30 PM ET.
  • Published: October 21, 2025 (latest amendment).
  • Option: The Contracting Officer may exercise a 100% option quantity within 180 days of award, with the same delivery turnaround.

Submission Requirements

Offerors must provide:

  • Unit Price, Total Price, and proposed RTAT.
  • Details on capacity constraints if the required RTAT cannot be met.
  • Firm pricing, including all costs associated with complete repair (e.g., unwhole condition, missing hardware, damage).
  • Testing & Evaluation (T&E) fee for items determined Beyond Repair (BR/BER).
  • Awardee CAGE, Inspection & Acceptance CAGE, and Facility/Subcontractor CAGE.
  • New unit price and delivery lead-time for comparison.
  • Proposed price reduction amount per unit/per month for unexcusable delays in RTAT.
  • Proof of authorized distributor status on company letterhead, signed by a responsible official.

Additional Notes

Freight is FOB Origin and handled by Navy CAV or Proxy CAV. Offerors must verify nomenclature, part number, and NSN prior to responding. Price reductions will be implemented for unexcusable RTAT delays.

People

Points of Contact

KAILYN.M.MURO.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 3
Solicitation
Posted: Oct 21, 2025
View
Version 2Viewing
Solicitation
Posted: Oct 21, 2025
Version 1
Solicitation
Posted: Nov 29, 2024
View